Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Denbighshire County Council
County Hall, Wynnstay Road
Ruthin
LL15 1YN
UK
Telephone: +44 1824712225
E-mail: sian.morganjones@denbighshire.gov.uk
NUTS: UKL13
Internet address(es)
Main address: www.denbighshire.gov.uk
Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0280
I.1) Name and addresses
Isle of Anglesey County Council
Isle of Anglesey County Council, Council Offices, Llangefni
Anglesey.
LL77 7TW
UK
Telephone: +44 1248750057
E-mail: procurement@anglesey.gov.uk
NUTS: UKL11
Internet address(es)
Main address: www.anglesey.gov.uk
Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0369
I.1) Name and addresses
Gwynedd Council
Corporate Procurement Unit,, Council Offices, Shire Hall Street,
Caernarfon
LL55 1SH
UK
Telephone: +44 1286679772
E-mail: alisonevans@gwynedd.llyw.cymru
NUTS: UKL12
Internet address(es)
Main address: www.gwynedd.gov.uk
Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0361
I.1) Name and addresses
Conwy County Borough Council
Bodlondeb, Bangor Road
Conwy
LL32 8DU
UK
Telephone: +44 1492574000
E-mail: procurement@conwy.gov.uk
NUTS: UKL13
Internet address(es)
Main address: http://www.conwy.gov.uk
Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0389
I.1) Name and addresses
Denbighshire County Council
County Hall, Wynnstay Road
Ruthin
LL15 1YN
UK
Telephone: +44 1824706781
E-mail: sian.morganjones@denbighshire.gov.uk
NUTS: UKL13
Internet address(es)
Main address: www.denbighshire.gov.uk
Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0280
I.1) Name and addresses
Flintshire County Council
County Hall, Mold
Flintshire
CH7 6NA
UK
Telephone: +44 1352701814
E-mail: enquiries@flintshire.gov.uk
NUTS: UKL23
Internet address(es)
Main address: www.flintshire.gov.uk
Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0419
I.1) Name and addresses
Wrexham County Borough Council
Lampbit Street
Wrexham
LL11 1AR
UK
Telephone: +44 1978292791
E-mail: procurement@wrexham.gov.uk
NUTS: UKL23
Internet address(es)
Main address: www.wrexham.gov.uk
Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0264
I.2) Joint procurement
The contract involves joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://supplierlive.proactisp2p.com/Account/Login
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://supplierlive.proactisp2p.com/Account/Login
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Dynamic Purchasing System for the TRAC 11-24 Programme
II.1.2) Main CPV code
80000000
II.1.3) Type of contract
Services
II.1.4) Short description
TRAC 11-24 is a collaborative project supported by the European Social Fund through the Welsh Govt. TRAC 11-24 aims to support participants aged 11-24 yrs identified as being most at risk of becoming NEET (Not in Education Employment or Training). The vulnerable factors could include low attendance, behavioural issues, low attainment, and other well-being factors. TRAC will provide dedicated support to address these factors and develop skills to re-engage with education. Participants aged 11-16 only (Key Stage 3 and 4) will be able to access an alternative training provision. There are no restrictions on types of training that are available to participants as it depends individual needs of participants. The training provisions cannot be fully stipulated at this time.Once the specific training requirements have been established for a participant or group of participants, the TRAC local teams (within each Local Authority) will organise the appropriate training on behalf of participants.
II.1.5) Estimated total value
Value excluding VAT:
1 700 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Basic Skills
II.2.2) Additional CPV code(s)
80000000
II.2.3) Place of performance
NUTS code:
UKL11
UKL12
UKL13
UKL23
II.2.4) Description of the procurement
Including but not limited to Literacy, Use of IT, Digital Literacy, Numeracy, Budgeting, Money Management, Drug and Alcohol Awareness, Key skills, Developing Resilience
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.2.6) Estimated value
Value excluding VAT:
100 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 11
This contract is subject to renewal: Yes
Description of renewals:
Potential extension of up to 2 years subject to funding
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
Yes
Identification of the project:
TRAC 11-24
Lot No: 2
II.2.1) Title
Accredited Training – Level 1 and 2 CQFW
II.2.2) Additional CPV code(s)
80000000
II.2.3) Place of performance
NUTS code:
UKL11
UKL12
UKL13
UKL23
II.2.4) Description of the procurement
An example of this could be courses such as AoPE, CoPE
STEM courses – Coding/ Robotics, sports leadership, food technology, industry specific skills
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.2.6) Estimated value
Value excluding VAT:
650 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 11
This contract is subject to renewal: Yes
Description of renewals:
Potential for extension of up to 2 years subject to funding
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
Yes
Identification of the project:
TRAC 11-24
Lot No: 3
II.2.1) Title
Employability Skills
II.2.2) Additional CPV code(s)
80000000
II.2.3) Place of performance
NUTS code:
UKL11
UKL12
UKL13
UKL23
II.2.4) Description of the procurement
Including but not limited to STEPS, Interview Skills, Confidence Building, Self- Awareness, Coaching, Stress Management, Anger Management
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.2.6) Estimated value
Value excluding VAT:
100 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 11
This contract is subject to renewal: Yes
Description of renewals:
Potential extension of up to 2 years subject to funding
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
Yes
Identification of the project:
TRAC 11-24
Lot No: 4
II.2.1) Title
Construction Skills
II.2.2) Additional CPV code(s)
80000000
II.2.3) Place of performance
NUTS code:
UKL11
UKL12
UKL13
UKL23
II.2.4) Description of the procurement
Including but not limited to, CSCS Card, Equipment – General, Plant and Machinery, Health and Safety
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.2.6) Estimated value
Value excluding VAT:
70 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 11
This contract is subject to renewal: Yes
Description of renewals:
Potential extension for up to 2 years subject to funding
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
Yes
Identification of the project:
TRAC 11-24
Lot No: 5
II.2.1) Title
Generic Work Skills
II.2.2) Additional CPV code(s)
80000000
II.2.3) Place of performance
NUTS code:
UKL11
UKL12
UKL13
UKL23
II.2.4) Description of the procurement
Including but not limited to Basic First Aid, First Aid in the Workplace, Health and Safety, Food Safety, Customer Service
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.2.6) Estimated value
Value excluding VAT:
70 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 11
This contract is subject to renewal: Yes
Description of renewals:
Potential extension of up to 2 years
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
Yes
Identification of the project:
TRAC 11-24
Lot No: 6
II.2.1) Title
Hospitality
II.2.2) Additional CPV code(s)
80000000
II.2.3) Place of performance
NUTS code:
UKL11
UKL12
UKL13
UKL23
II.2.4) Description of the procurement
Including but not limited to Introduction to Hospitality, Sector Training, Catering Skills, Barista skills, Food Preparation
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.2.6) Estimated value
Value excluding VAT:
70 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 11
This contract is subject to renewal: Yes
Description of renewals:
Potential extension of up to 2 years subject to funding
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
Yes
Identification of the project:
TRAC 11-24
Lot No: 7
II.2.1) Title
Care Sector
II.2.2) Additional CPV code(s)
80000000
II.2.3) Place of performance
NUTS code:
UKL11
UKL12
UKL13
UKL23
II.2.4) Description of the procurement
Including but not limited to Health and Social Care courses
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.2.6) Estimated value
Value excluding VAT:
70 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 11
This contract is subject to renewal: Yes
Description of renewals:
Potential extension of up to 2 years subject to funding
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
Yes
Identification of the project:
TRAC 11-24
Lot No: 8
II.2.1) Title
Childcare Sector
II.2.2) Additional CPV code(s)
80000000
II.2.3) Place of performance
NUTS code:
UKL11
UKL12
UKL13
UKL23
II.2.4) Description of the procurement
Including but not limited to Early years and childcare courses
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.2.6) Estimated value
Value excluding VAT:
70 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 11
This contract is subject to renewal: Yes
Description of renewals:
Potential extension for up to 2 years subject to funding
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
Yes
Identification of the project:
TRA 11-24
Lot No: 9
II.2.1) Title
Hair and Beauty
II.2.2) Additional CPV code(s)
80000000
II.2.3) Place of performance
NUTS code:
UKL11
UKL12
UKL13
UKL23
II.2.4) Description of the procurement
Including but not limited to Certificate/ Diploma in Hair Services, Beauty Therapy Services, Beauty Consultancy Services, Nail Technology Services
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.2.6) Estimated value
Value excluding VAT:
70 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 11
This contract is subject to renewal: Yes
Description of renewals:
Potential extension for up to 2 years subject to funding
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
Yes
Identification of the project:
TRAC 11-24
Lot No: 10
II.2.1) Title
Industry
II.2.2) Additional CPV code(s)
80000000
II.2.3) Place of performance
NUTS code:
UKL11
UKL12
UKL13
UKL23
II.2.4) Description of the procurement
Including but not limited to Retail Sector Training, CAD, Motor Vehicle Maintenance and repair
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.2.6) Estimated value
Value excluding VAT:
70 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 11
This contract is subject to renewal: Yes
Description of renewals:
Potential extension of up to 2 years subject to funding
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
Yes
Identification of the project:
TRAC 11-24
Lot No: 11
II.2.1) Title
Agriculture and Land Based
II.2.2) Additional CPV code(s)
80000000
II.2.3) Place of performance
NUTS code:
UKL11
UKL12
UKL13
UKL23
II.2.4) Description of the procurement
Including but not limited to agriculture and land based services courses
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.2.6) Estimated value
Value excluding VAT:
40 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 11
This contract is subject to renewal: Yes
Description of renewals:
Potential extension of up to 2 years subject to funding
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
Yes
Identification of the project:
TRAC 11-24
Lot No: 12
II.2.1) Title
Arts and Creative Industry
II.2.2) Additional CPV code(s)
80000000
II.2.3) Place of performance
NUTS code:
UKL11
UKL12
UKL13
UKL23
II.2.4) Description of the procurement
Including but not limited to Design and craft, Media
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.2.6) Estimated value
Value excluding VAT:
40 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 11
This contract is subject to renewal: Yes
Description of renewals:
Potential extension of up to 2 years subject to funding
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
Yes
Identification of the project:
TRAC 11-24
Lot No: 13
II.2.1) Title
Administration
II.2.2) Additional CPV code(s)
80000000
II.2.3) Place of performance
NUTS code:
UKL11
UKL12
UKL13
UKL23
II.2.4) Description of the procurement
Including but not limited to Business and Administration courses
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.2.6) Estimated value
Value excluding VAT:
60 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 11
This contract is subject to renewal: Yes
Description of renewals:
Potential extension of up to 2 years subject to funding
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
Yes
Identification of the project:
TRA 11-24
Lot No: 14
II.2.1) Title
Self Employment
II.2.2) Additional CPV code(s)
80000000
II.2.3) Place of performance
NUTS code:
UKL11
UKL12
UKL13
UKL23
II.2.4) Description of the procurement
Including appropriate courses to skill and support participants ages 11-16 into self employment
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.2.6) Estimated value
Value excluding VAT:
30 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 11
This contract is subject to renewal: Yes
Description of renewals:
Potential extension of up to 2 years subject to funding
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
Yes
Identification of the project:
TRAC 11-24
Lot No: 15
II.2.1) Title
Outdoor Activities
II.2.2) Additional CPV code(s)
80000000
II.2.3) Place of performance
NUTS code:
UKL11
UKL12
UKL13
UKL23
II.2.4) Description of the procurement
Including but not limited to Sports Leadership, FAW Coaching, Hill and mountain skills, Water sports, Mountain biking, Gardening, DoE Accreditation
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.2.6) Estimated value
Value excluding VAT:
100 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 11
This contract is subject to renewal: Yes
Description of renewals:
Potential extension of up to 2 years subject to funding
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
Yes
Identification of the project:
TRAC 11-24
Lot No: 16
II.2.1) Title
Other
II.2.2) Additional CPV code(s)
80000000
II.2.3) Place of performance
NUTS code:
UKL11
UKL12
UKL13
UKL23
II.2.4) Description of the procurement
Including any other training course suitable for participants aged 11-16 not currently provided for within the 15 lots detailed
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.2.6) Estimated value
Value excluding VAT:
70 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 11
This contract is subject to renewal: Yes
Description of renewals:
Potential extension of up to 2 years subject to funding
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
Yes
Identification of the project:
TRAC 11-24
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
(1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established
(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
As requested in Section C - Economic / Financial Standing of the Proactis e-Tendering system.
Minimum level(s) of standard possibly required
Minimum level(s) of standards required:
The Authority will undertake a credit check of your organisation using Dun & Bradstreet as part of the evaluation process. When evaluating the Dun & Bradstreet score a pass will be awarded where the D&B Failure score rating is equal to or exceeds 51 or the industry average (whichever is lower). Where the D&B Failure score rating is below 51 or the industry average then a further assessment will be made in accordance with the evaluation methodology provided. It is advised that all bidders check their D&B credit rating prior to the submission of any response for this project. Please note that this is a PASS/FAIL requirement of the evaluation.
The Industry Average figure for this project is: 73
The Industry SIC Code to be used for this project is: Other education n.e.c. (85590)
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Providers will be expected to have the capacity to undertake all work applied for by means of suitably trained directly employed staff and be able to provide the service with in normal office hours Monday to Friday 8am-6pm, however there may be need for a service outside of these hours.
For each category checked, the Provider must employ at least one skilled employee. A skilled employee shall be deemed to be a person that holds a recognised accreditation qualification relative to the category and training to be given e.g. electrician, plumber, joiner, gas fitter etc. Where no such qualification is held, relevant experience may be considered.
The employee and course deliverers shall also hold a recent DBS check (Disclosure and Barring Service) as required.
Additionally, Providers applying to offer electrical and gas work training must be registered with an approved inspection body e.g. NICEIC and Gas Safe.
Please also refer to the full Terms and Conditions document. The Council reserves the right to amend the Terms and Conditions document prior to award.
Minimum level(s) of standards required:
Information and formalities necessary for evaluating if requirements are met:
As requested in the appropriate sections of the Proactis e-Tendering system.
Minimum level(s) of standard possibly required
III.2) Conditions related to the contract
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
03/08/2017
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
03/08/2017
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
CY
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
***Please note that the Proactis e-Tender documentation will be accessible a minimum of 48 hours from the publication of this
notice***
Contractors should note that this tender is being undertaken using an electronic tendering system. Details of how to
register and access the documentation are contained within the DPS Instructions Document. No paper tender documents will be issued or received.
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=68269.
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of
the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to
social and environmental considerations. The Community Benefits included in this contract are:
a) the provider will sign up to a database to provide a minimum of 5 hours mock interviews for young people. These
may not be TRAC participants but within the school setting
b) each provider will register to provide either a mentoring role or a work experience placement
c) any providers that have traineeship or apprenticeship opportunities for young people will declare this at time of
approval and agree to their data being held on a database for signposting young people
(WA Ref:68269)
The buyer considers that this contract is suitable for consortia.
VI.4) Procedures for review
VI.4.1) Review body
Denbighshire County Council
Wynnstay Road
Ruthin
LL151YN
UK
Telephone: +44 1824712225
Internet address(es)
URL: www.denbighshire.gov.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The contracting Authority will incorporate a minimum 10 calendar day standstill period (or 15 days where
non-electronic or fax methods are used) at the point that an award decision is communicated to tenderers. The award
decision notice will specify the criteria for the award of the contract/framework agreement, the reasons for the decision,
including the characteristics and relative advantages, the name and score of the successful tender: and will specify when
the standstill period is expected to end or the date before which the contracting authority will not conclude the
contract/framework agreement. If an appeal regarding the award of a contract has not been successfully resolved, the
Public Contracts (Amendment) Regulations 2009 provide for aggrieved parties who have been harmed or at risk of a
breach of the rules to take action in the High Court (England, Wales and Northern Ireland) Any such action must be
brought promptly (generally within 3 months) The court may order the setting aside of the award decision or may order
the Contracting Authority to amend any document and may award damages. If a framework agreement has been entered
into the Court may make a declaration of ineffectiveness or may order that the duration of any relevant specific contract
be shortened and additionally may award damages. The time limit for seeking such a declaration is generally 30 days
from notification of the award (either by award decision notification or contract award notice depending upon the
circumstances) or otherwise 6 months.
VI.5) Date of dispatch of this notice
29/06/2017